Federal Bid

Last Updated on 03 Jul 2019 at 5 AM
Sources Sought
Nome Alaska

2013-2017 Maintenance Dredging Nome, Nome Alaska

Solicitation ID W911KB-13-B-0001
Posted Date 22 Feb 2012 at 12 AM
Archive Date 03 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Nome Alaska United states
 

2013-2017 Nome Maintenance Dredging, Nome Alaska

THIS IS A SOURCES SOUGHT NOTICE ONLY FOR OPERATIONS AND MAINTENANCE DREDGING, NOME ALASKA.  OFFER OR PROPOSALS WILL NOT BE ACDCEPTED FOR THIS NOTICE.  THIS IS NOT A PRE-SOLICITATION.  The District of the U.S. Army Corps of Engineers, Alaska is conducting research prior to releasing a solicitation for Operations and Maintenance Dredging Nome, Alaska

DESCRIPTION OF WORK:  Perform maintenance dredging of an estimated 50,000 cubic yards of material for the base and each option year (if awarded), placement (discharge) of dredged materials on the beach in the designated placement area, and pre- and post dredge surveying at Nome Harbor, Nome, Alaska.  Materials are expected to be fine-grained shoaled material.   The Contractor is to furnish all labor, equipment, supplies, materials, supervision and other items and services necessary to accomplish the work.  The work period is from Ice Out 2013 to July 31, 2013 (FY13); Ice Out 2014 to July 31, 2014 (FY14); Ice Out 2015 to July 31, 2015 (FY15); Ice Out 2016 to July 31, 2016 (FY16); Ice Out 2017 to July 31, 2017 (FY17).  Type of contract is firm-fixed price.  Estimated Award Date of the Contract is 20 Nov 2012 with a 31 July 2013 completion date for the base items and 2013 options.   Options for 2014, 2015, 2016 and 2017 are included in this solicitation.  A fuel price adjustment provision for the dredging plant is included.  The Davis-Bacon Act will apply.

 

This project is contingent on availability of funds.  If the project is cancelled, all proposal preparation cost will be borne by the offeror.  If a large firm is selected for this contract, the firm must company with FAR 52.219-9 regarding the requirements for a subcontracting plan for that part of the work it intends to subcontract.  The FY12 subcontracting goals for this contract are a minimum 50% of the contractor's intended subcontract amount be placed with small businesses, 17% of that to small, disadvantage businesses, 18% to woman-owned small business, 10% to HUB zone, 4% to veteran-owned small business.  All offerors are advised that they must be registered in CCR (www.CCR.gov) and ORCA (http://orca.bpn.gov) in order to receive an award.  Joint ventures must also be registered in CCR and ORVA as a joint venture.  We advise offerors to begin this process when they prepare their proposal in order to ensure registration is in place should they be selected for award.

Contractor shall comply with commercial and industry standards, and all applicable federal, state, and local laws, regulations and procedures.

 

The estimated magnitude of construction is between $500,000 and $1,000,000.

 

The intent of this sources sought is to research qualified firms with a primary North American Industrial Classification System (NAICS) code of 237990, which has a size standard of $44.5 million for a potential acquisition.  In accordance with FAR 19.501 paragraph (c) through market research and review of the acquisition a determination will be made if this acquisition will be set aside for small business, or considered for an award to a small business under the 8(a) program (see Subpart 19.8), HUBzone (see Subpart 19.13) or service-disabled veteran-owned programs (see Subpart 19.14)

The requirement for the submission of both performance and payment bonds, in an amount equivalent to 100% of the award price shall be applicable.  Therefore, the successful firm shall have the capability to acquire such bonding.

 

Interested firms should submit to the point of contact listed below, with the following information regarding their company.

 

•1.     Company Name, Address and Point of Contact including email address

•2.     Small Business status (if applicable)

•3.     Evidence of bonding capability

•4.     Relevant work experience with similar projects.

•5.     How much experience do you have with remote Alaskan infrastructure work (years and type of work)?

•6.     These harbors will us a cutter head suction section dredge.  What experience does your company have using this methiod?

Please submit all information via email www.fbo.gov:  Information must be submitted lo later thank 1400 hours, Alaska Standard Time, Wednesday, March 21, 2012.

 

   
Bid Protests Not Available

Similar Past Bids

Similar Opportunities